31 august nia cctv · pogn xnh 6833/< ,167$//$7,21 7(67,1* &200,66,21,1* $0& 2) ,3...

43
NATIONAL INSTITUTE OF AYURVEDA (An Autonomous Organization under the Ministry of AYUSH ) Jorawar Singh Gate, Amer Road, Jaipur 302002 (Rajasthan) India PH:PABX No.0141-2635744, 2636476, 2636477 E-mail: [email protected], [email protected] Website: http://nia.nic.in REVISED TENDER DOCUMENT AFTER POST BID FOR SUPPLY, INSTALLATION, TESTING, COMMISSIONING &AMC OF IP BASED CCTV SURVEILLANCE SYSTEM Tender Reference Number 001/2018/NIA - IT/CCTV Date of Issue 01-09-2018 Due Date 25-09-2018 Cost of the Tender Document INR 1000/- Name & Address of Tenderer The Director, National Institute of Ayurveda, Jorawar Singh Gate, Amer Road, JAIPUR – 302002 Rajasthan India

Upload: others

Post on 15-Jul-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: 31 August NIA CCTV · pogn xnh 6833/< ,167$//$7,21 7(67,1* &200,66,21,1* $0& 2) ,3 %$6(' &&79 6859(,//$1&( 6

NATIONAL INSTITUTE OF AYURVEDA (An Autonomous Organization under the Ministry of AYUSH )

Jorawar Singh Gate, Amer Road, Jaipur 302002 (Rajasthan) India

PH:PABX No.0141-2635744, 2636476, 2636477

E-mail: [email protected], [email protected]

Website: http://nia.nic.in

REVISED TENDER DOCUMENT AFTER POST BID

FOR

SUPPLY, INSTALLATION, TESTING, COMMISSIONING &AMC OF

IP BASED CCTV SURVEILLANCE SYSTEM

Tender Reference Number 001/2018/NIA - IT/CCTV

Date of Issue 01-09-2018

Due Date 25-09-2018

Cost of the Tender Document INR 1000/-

Name & Address of Tenderer The Director, National Institute of Ayurveda, Jorawar Singh Gate, Amer Road, JAIPUR – 302002 Rajasthan India

Page 2: 31 August NIA CCTV · pogn xnh 6833/< ,167$//$7,21 7(67,1* &200,66,21,1* $0& 2) ,3 %$6(' &&79 6859(,//$1&( 6

Tender Cost By Cash/download Rs. 1000/-

jk"Vªh; vk;qosZn laLFkku ek/ko foykl iSysl] vkesj jksM+] t;iqj&302002

QeZ dk uke ----------------------------------------------- ----------------------------------------------- -----------------------------------------------

fufonk izi= 1- fo"k; % fufonk ftl dk;Z@oLrq ds fy;s fn;k tk jgk gS

mldk uke % SUPPLY, INSTALLATION, TESTING, COMMISSIONING &AMC OF

IP BASED CCTV SURVEILLANCE SYSTEM (fufonk dh vuqekfur ykxr 25]00]000 :Ik;s gksxh A fufonk ds lkFk vuqekfur ykxr dh 2 izfr'kr /kjksgj jkf'k ds :i esa :Ik;s 50]000@& dk

fMek.M Mªk¶V funs'kd] jk"V~zh; vk;qosZn laLFkku] t;iqj ds uke tek djkuk vfuok;Z gksxk ½

2- fufonknkrk dk iwjk uke % ------------------------------------------------------------------

3- izsf"kr vf/kdkjh@dk;kZy; dk uke % funs'kd] jk"Vªh; vk;qosZn laLFkku] t;iqj

4- fufonk 'kqYd jkf'k ------------- :Ik;s jlhn ua-@Mh-Mh- ua- ---------------fnukad -----------layXu fd;k

x;k gS A

5- vk;dj o fcØhdj pqdrk izek.k i= layXu gS@ugh gS A

6- /kjksgj jkf'k -------------------- :Ik;s jlhn ua-@Mh-Mh- ua- -------------------fnukad ---------funs'kd] jk"Vªh;

vk;qosZn laLFkku] t;iqj ds uke cukdj layXu dj fn;k x;k gSA

7- lHkh laYkXu dqy ---------- nLrkost i"̀B la[;k -------- ls ---------- rd vafdr gS ,oa gLrk{kfjr gS

A

8- eSa@ge fufonk izi= ds lkFk layXu 'krksZ dks Lohdkj djrs gS vkSj blls ck/; jgsxsaA

LFkku%

fnukad %

fufonknkrk ds gLrk{kj

¼lwpd e; jcM+ LVkEi½

Page 3: 31 August NIA CCTV · pogn xnh 6833/< ,167$//$7,21 7(67,1* &200,66,21,1* $0& 2) ,3 %$6(' &&79 6859(,//$1&( 6

SUMMARY OF TENDER DETAILS 1. ABOUT NIA

2. TENDER DETAILS

3. TERMS AND CONDITIONS

4. GENERAL TERMS AND CONDITIONS

5. TECHNICAL BID

6. FINANCIAL BID

Page 4: 31 August NIA CCTV · pogn xnh 6833/< ,167$//$7,21 7(67,1* &200,66,21,1* $0& 2) ,3 %$6(' &&79 6859(,//$1&( 6

NATIONAL INSTITUTE OF AYURVEDA (An Autonomous Organization under the Ministry of AYUSH )

Jorawar Singh Gate, Amer Road, Jaipur 302002 (Rajasthan) India

NOTICE INVITING TENDER Sealed Tenders are invited from for Supply, Installation, Testing and Commissioning of IP based CCTV Surveillance System at National Institute of Ayurveda, Jaipur from reputed vendors as per the following schedule & Details. The Tender Document can be downloaded from our website http://nia.nic.in.

Tender reference Number 001/2018/NIA - IT/CCTV

Date of Publication of Notice inviting Tender 01-09-2018

Date and Time for Site Inspection 04-09-2018 to 06-09-2018, 11 AM – 3 PM

Pre – Bid Conference 14-09-2018

Last date and time for bid submission 25-09-2018 by 1.00 PM

Date & Time of opening of Technical Bids 25-09-2018, 3.00 PM

Date & Time of opening of Financial Bids 02-10-2018, 3.00 PM

Place of Bid submission National Institute of Ayurveda, Jorawar Singh Gate, Amer Road, JAIPUR – 302002 Rajasthan India

Contact Person Prof. Sanjeev Sharma, Director, National Institute of Ayurveda.

Offer Validity Period Offer against Tender should remain valid for 180 days

Cost of Tender Document 1000 INR

Earnest Money Deposit Rs 50,0,00 (Rs. Fifty Thousand Only) by Demand Draft in favour of Director, National Institute of Ayurveda, Jaipur payable at Jaipur.

Place where tender offers would be opened Office of the Director, National Institute of Ayurveda, Jorawar Singh Gate, Amer Road JAIPUR – 302002, Rajasthan India

Fax No. Telephone No Email

0141-2635816 0141-2635744 / 2636476 / 2636477 [email protected], [email protected]

Prof. Sanjeev Sharma

Page 5: 31 August NIA CCTV · pogn xnh 6833/< ,167$//$7,21 7(67,1* &200,66,21,1* $0& 2) ,3 %$6(' &&79 6859(,//$1&( 6

DIRECTOR NATIONAL INSTITUTE OF AYURVEDA

(Tender Reference No: 001/2018/NIA - IT/CCTV)

INVITATION FOR TENDER OFFERS

NATIONAL INSTITUTE OF AYURVEDA hereinafter referred to as the NIA, invites sealed tender offers (Technical Bid and Financial Bid) from eligible reputed firms for providing IP based CCTV Surveillance System as specified in the schedule below:

Tender reference Number 001/2018/NIA - IT/CCTV

Date of Publication of Notice inviting Tender 01-09-2018

Date and Time for Site Inspection 04-09-2018 to 06-09-2018, 11 AM – 3 PM

Pre – Bid Conference 14-09-2018

Last date and time for bid submission 25-09-2018 by 1.00 PM

Date & Time of opening of Technical Bids 25-09-2018, 3.00 PM

Date & Time of opening of Financial Bids 02-10-2018, 3.00 PM

Place of Bid submission National Institute of Ayurveda, Jorawar Singh Gate, Amer Road, JAIPUR – 302002 Rajasthan India

Contact Person Prof. Sanjeev Sharma, Director, National Institute of Ayurveda.

Offer Validity Period Offer against Tender should remain valid for 180 days

Cost of Tender Document 1000 INR

Earnest Money Deposit Rs 50,0,00 (Rs. Fifty Thousand Only) by Demand Draft in favour of Director, National Institute of Ayurveda, Jaipur payable at Jaipur.

Place where tender offers would be opened Office of the Director, National Institute of Ayurveda, Jorawar Singh Gate, Amer Road JAIPUR – 302002, Rajasthan India

Fax No. Telephone No Email

0141-2635816 0141-2635744 / 2636476 / 2636477 [email protected], [email protected]

Page 6: 31 August NIA CCTV · pogn xnh 6833/< ,167$//$7,21 7(67,1* &200,66,21,1* $0& 2) ,3 %$6(' &&79 6859(,//$1&( 6

1. ABOUT NATIONAL INSTITUTE OF AYURVEDA

1.1. Introduction

NATIONAL INSTITUTE OF AYURVEDA was established on 7th February 1976 by the Ministry of

Health and Family Welfare, Government of India. The Institute is first of its kind in India having

a national character and international repute with the following

1.2. Aims and Objectives:

To promote the Growth and Development of Ayurveda.

To produce Graduates and Post-Graduates in all Branches of Ayurveda.

To conduct Research on various aspects of Ayurveda

To provide Medical Care through Ayurvedic Systems of Medicine to the suffering

humanity.

To provide and assist in providing service and facilities of highest order for Research,

Evolution, Training, Consultation and Guidance to Ayurvedic System of Medicine.

To conduct Experiments and develop Patterns of Teaching Under-Graduate and Post-

Graduate Education in all branches of Ayurveda.

1.3. The Functioning of NIA

NIA is an apex Institute under the Ministry of AYUSH for promoting the growth and development of

Ayurveda as a model Institute for evolving high standards of teaching, training, research and patient care

and also to invoke scientific outlook to the knowledge of Ayurvedic System of Medicine. The Institute, an

Autonomous Body under Ministry of AYUSH Govt. of India, is registered under the Rajasthan Societies

Registration Act, 1958.

1.4. IP Based CCTV Surveillance objectives of NIA

NIA is planning to install IP based CCTV surveillance system for enhancing the security arrangement of

the campus by harnessing the updated technology. NIA is thus looking for an experienced Firm/Company

which can supply, install, test, commission and maintain this CCTV surveillance system at a competitive

price.

Page 7: 31 August NIA CCTV · pogn xnh 6833/< ,167$//$7,21 7(67,1* &200,66,21,1* $0& 2) ,3 %$6(' &&79 6859(,//$1&( 6

2. SCOPE/FEATURES OF THE IP BASED CCTV CAMERA NETWORK

2.1 Introduction National institute of Ayurveda is in search for a Complete Solution to accomplish requirements of Security Surveillance with the aid of today's technology along with available migration path to emerging technologies in future. This tender document is against the requirement for IP based CCTV Camera Surveillance system for the purpose of security, monitoring and recording within the National institute of Ayurveda, Jaipur.

2.2 Scope/Features of IP Based CCTV Camera

2.2.1 Scope and Features a. The scope of work shall include the design, supply, installation, commissioning, and integration,

testing of an Integrated Remote Monitoring System in totality including related wiring, conduit laying and required civil jobs.

b. It shall Transmit and Receive H.265/H.264 or MPEG-4 Video. c. Support for multi user and multi user group environment in addition to user hierarchy d. System should allow to be used as a distributed or central architecture with support to any number

of cameras that may be added in future. e. The system shall provide Activity Controlled Frame (ACF) rate, which in turn reduces the

Bandwidth and the Storage requirements. f. The system shall provide Broadcast quality Video across IP network including Internet. g. The system shall provide real time recording at 25fps with no frame loss. h. The system shall support Multiple IP Video Streams. i. The system shall provide secured recording for evidence purposes and user authentication to

protect data integrity. j. Video Stream bit rate shall be selectable from 32 to 4096kbps.

2.2.2 Training

The agency has to provide onsite training for at least 3 days to a team of NIA officers for monitoring and handling the IP based Surveillance Monitoring System.

2.2.3 GENRAL SYSTEM DESCRIPTION

Remote Camera based monitoring system are as under:

a. Network Surveillance IP based cameras located all over the campus. The campus has

been divided into 12 zones. Each zone will have one CMS and these are at the identified locations as per Table - 1. No. of cameras required in a particular zone is given against the respective CMS.

b. Reception of the digital video from all cameras one particular zone should be at the Control room called Central Monitoring Station (CMS) of that particular area. Surveillance should be Intranet based System and proper interface should be provided to access the recording over the Web Browser from other network.

Page 8: 31 August NIA CCTV · pogn xnh 6833/< ,167$//$7,21 7(67,1* &200,66,21,1* $0& 2) ,3 %$6(' &&79 6859(,//$1&( 6

c. CMS should have Network Video Recorder for all control, monitoring on LED display, data logging and recording of the operation on the External Hard Disk at Central Monitoring System.

d. Archival of sub framed rate or full frame digital video of all or selected camera(s) in computer disks. On line replay capability from Backup disks for a period up to 15 days.

2.2.4 OPERATIONAL FLEXIBILITY OF THE SYSTEM

a. Replacement of malfunctioning camera, technical redundant infrastructure, Switches

without affecting overall system.

b. Expansion of system should be possible with software setting at monitoring station by adding cameras. Vendor shall provide information on maximum camera capacity of video software.

c. Relocation of camera units within radius of 10 meters without any change of hardware.

d. Remote maintenance & diagnostic of any kind of fault for all camera & network should be possible and remote maintenance also be possible. Camera failure history should be in work station/PC based Monitoring Software Logs.

SCOPE OF N.I.A. WORK

Supplying of continues electrical AC power shall be provided by N.I.A Dept. for each Camera / NVR / Switches locations as per actual requirement.

Road cutting / digging under user / N.I.A. Scoop.

Supply of display monitors (units), Internet connectivity (Static IP’s and 4G Modem Units) for different-different locations viewing purpose is under N.I.A. scoop.

Complete system (except cables) will be under one year warranty period which cover all kind of man made mistakes, technical faults and errors. Natural calamities, loss and thefts and forcefully damages shall not be cover under warranty norms.

Page 9: 31 August NIA CCTV · pogn xnh 6833/< ,167$//$7,21 7(67,1* &200,66,21,1* $0& 2) ,3 %$6(' &&79 6859(,//$1&( 6

2.2.5. TABLE 1- ZONES & CENTRAL MONITORING STATIONS (CMS)

S. No. Zone Location of CMS

1 Hospital – OPD, IPD DMS Room 2 Panchakarma Dept. HOD Room of Panchakarma Dept.

3 Administrative Wing Director’s Chamber

4 Pharmacy Pharmacy In Charge Room

5 1st floor of Academic Building (Old & New)

Old IT Centre

6 New Academic Building - 2nd floor HOD room, Kriya Shareer

7 New Academic Building – 3rd floor HOD room, Stree & Prasuti

8 Auditorium Office / Control room

9 SLR Hostel Office

10 PG Hostel Office

11 Hospital Gate Guard Room

12 Main Entrance Gate Guard Room

Page 10: 31 August NIA CCTV · pogn xnh 6833/< ,167$//$7,21 7(67,1* &200,66,21,1* $0& 2) ,3 %$6(' &&79 6859(,//$1&( 6

2.3 . TABLE – 2 – “BOM” - BILL OF MATERIAL.

S.No Product Qty

1. 2MP IR Dome Camera With IR LED 105

2. 2MP IP IR Bullet With EXIR 57

3. 2MP IR Dome Camera With EXIR 52

4. PTZ Camera 2

5. Surveillance HDD 6TB 6

6. Surveillance HDD 4TB 8

7. Surveillance HDD 1TB 1

8. 32 Channel NVR 4 SATA Port 5

9. 16 Channel NVR 5

10. 08 Channel NVR 3

11. 24-ports PoE Switch 4

12. 16-ports PoE Switch 6

13. 8-ports PoE Switch 9

14. 4 U Rack 11

15. 6 U Rack 9

16. 9 U Rack 3

17. 4 Core OFC Cable with Conduit 4000 Mtr

18. CAT6 Cable with Conduit 11000 Mtr

19. 3 core 2.5 Sq MM Power Cable Multi Stand copper Shielded with

Conduit 14

20. Splicing 44

21. Fiber Box 12

22.

Installation Pole mounted box with 5Amp MCP

and 5AMp socket 2

23. HDMI Cable 5 Mtr 12

24. Media Convertor 12

25. RJ- 45 Connectors 500

Page 11: 31 August NIA CCTV · pogn xnh 6833/< ,167$//$7,21 7(67,1* &200,66,21,1* $0& 2) ,3 %$6(' &&79 6859(,//$1&( 6

2.4. MATERIALDETAILED ITEM-WISE SPECIFICATIONS:

Material Description

ITEM NO 1 : 2MP IR Dome Camera With IR LED

Supply, Installation, Testing & commissioning of 2 MP Network Dome IP Camera: Video Standard: H.265/H.265+/H.264/MJPEG selectable or Better; 1/3" progressive scan CMOS Image Sensor or Better; F2.0 Horizontal FOV 90° or Better; Shutter Speed 1/3 s to 1/100, 000 s or Better; 1920 × 1080 @ 30fps or Better; Min. Illumination with Color: 0.01 Lux @(F1.2, AGC ON), 0.028Lux @(F2.0, AGC ON) or Better; With B/W: 0.001 Lux @(F1.2, AGC ON), 0.0028 Lux @(F2.0, AGC ON) or Better, 0 Lux with IR or Better; IR cut with auto switch filter up to 30m Night Vision IR Range or Better; BLC (area configurable), Mirror; ROI (support 1 fixed region); 3D Digital Noise Reduction; VBR 32 Kbps to 8 Mbps; Digital Wide Dynamic Range; Alarm Triggering on: Motion detection; Video tampering, network disconnected, IP address conflicted; Network Storage: NAS (NFS, SMB/CIFS); Network Heartbeat & watermark feature; System Compatibility ONVIF (PROFILE S, PROFILE G), ISAPI; Communication Interface 10M/100M self-adaptive; Power Consumption 5W; Operating Conditions -22 °F to 140 °F; Environmental Housing: IP67, IK10 or Better;

Certificate: CE, FCC, UL , BIS Approved Make :- Sony/Axis/Bosch/Hikvision/CP Plus or equivalent*

ITEM NO 2: 2MP IP IR Bullet With EXIR

Supply, Installation, Testing & commissioning of 2 MP Network Bullet IP Camera: Video Standard: H.265/H.264/MJPEG selectable or Better; 1/3" progressive scan CMOS Image Sensor or Better; Horizontal FOV Min. 60°/ 80°, Vertical FOV 35°/ 50°, Diagonal FOV 65°/96° or Better; Shutter Speed 1/3 s to 1/100, 000 s or Better; 1920 × 1080 @ 30fps or Better; Min. Illumination with Color: 0.01 Lux @(F1.2, AGC ON), 0.028Lux @(F2.0, AGC ON) or Better; B/W: 0.001 Lux @(F1.2, AGC ON), 0.0028 Lux @(F2.0, AGC ON), 0 Lux with IR or Better; Day & Night IR cut filter with Up to 40m IR Range or Better; Network Storage support micro SD/SDHC/SDXC slot up to 128 GB, local storage or Better, NAS (NFS,SMB/CIFS), ANR; Image Enhancement: BLC, 3D DNR; Smart Feature Behaviour Analysis: Line crossing detection, intrusion detection; Network Alarm triggering options with Supporting Protocols; Audio Compression (-S): G.711/G.722.1/G.726/MP2L2/PCM or Better; Audio Bit Rate (-S): 64Kbps(G.711)/16Kbps(G.722.1)/16Kbps(G.726)/32-192Kbps(MP2L2); Communication Interface 10M/100M self-adaptive; Power Consumption and Current 0.4 A, max. 5W; PoE 802.3af, 0.2A - 0.1 A, max. 6.5W; Web Browser with IE8+, Chrome 31.0-44, Firefox 30.0-51, Safari 8.0+; Housing: IP67 or Better Certificate: CE, FCC, UL , BIS Approved Make :- Sony/Axis/Bosch/Hikvision/CP Plus or equivalent*

26.

Supply, fixing and wiring of indoor and outdoor cable using all work pertaining to Horizontal Directional Drilling and cabling. It includes supply, connecting cables Patch code, Patch Panels/IO Box/splicing of

fiber Inspite to above mentioned qty. if required and power distribution panel for extending 230V AC to various components of CCTV for

installation or similar based on site requirement to functional all CCTV equipment cost are for 258 nos. hardware equipment’s

258 Nos.

Page 12: 31 August NIA CCTV · pogn xnh 6833/< ,167$//$7,21 7(67,1* &200,66,21,1* $0& 2) ,3 %$6(' &&79 6859(,//$1&( 6

ITEM NO 3: 2MP IR Dome Camera With EXIR

Supply, Installation, Testing & commissioning of 2 MP Network Dome IP Camera: 1/3" progressive scan CMOS Image Sensor or Better; Min. Illumination with Color: 0.01 Lux @(F1.2, AGC ON), 0.028Lux @(F2.0, AGC ON); B/W: 0.001 Lux @(F1.2, AGC ON), 0.0028 Lux @(F2.0, AGC ON) or Better; With Day & Night IR cut filter; 3D Digital Noise Reduction with digital WDR function; FOV: horizontal 78°, vertical 42°, diagonal 98° or Better; IR Range up to 30 Mt. with 850nm Wavelength or Better; Video Standard: H.265+/H.265/H.264+/H.264/MJPEG; VBR 32 Kbps to 8 Mbps or Better; Set of Smart Feature: Line crossing detection, intrusion detection; ROI: 1 fixed region for main stream; Network Storage Support: Micro SD/SDHC/SDXC card (128G), local storage and NAS (NFS,SMB/CIFS), ANR; Alarm Trigger With Motion detection, video tampering, network disconnected, IP address conflict, illegal login, HDD full, HDD error; API: ONVIF (PROFILE S, PROFILE G), ISAPI; Web Browser: IE8+, Chrome 31.0-44, Firefox 30.0-51, Safari 8.0+; mono sound; On-board Storage support Built-in micro SD/SDHC/SDXC slot up to 128 GB or Higher; Power Consumption max: 6.5W and Current max. 5.0W with IP67 Protection Level or higher Certificate: CE, FCC, UL , BIS Approved Make :- Sony/Axis/Bosch/Hikvision/CP Plus or equivalent*

ITEM NO 4: PTZ Camera

Video Compression: H.265+/H.265/H.264+/H.264/MJPEG; 1/3" progressive scan CMOS Image Sensor or Better; 1920 × 1080@60fps resolution or Better; 5.6 mm to 108 mm Focal Length with 22× optical and 12× digital zoom or Bettter; Horizontal fov: 54.6° to 2.5°; Vertical: 32.4° to 1.4°; Diagonal: 61.5° to 2.9° or Better; 135m IR distance or Better; Working Distance 10 to 1500 mm; VBR 32 to 16384 Kbps; 120 dB WDR; Shutter Timining: 60Hz: 1/1 s to 1/30,000 s; Movement Range 360° endless, Pan Speed from 0.1°/s to 160°/s, Tilt Speed Configurable from 0.1°/s to 120°/s or Better; 8 patrols support up to 30 presets for each patrol or max. and 4 pattern scans (record time over 10 minutes for each scan); Support proportional Zoom, Min. 270 presets or Better; Image Enhancement: HLC, BLC, 3D DNR, Defog, EIS, Regional Exposure, Regional Focus; White Balance: Auto/Manual/ATW/Fluorescent Lamp/Sodium Lamp; Scheduled Task: Preset/Pattern Scan/Patrol Scan/Auto Scan/Tilt Scan/Random Scan/Frame Scan/Panorama/Scan/Dome Reboot/Dome Adjust/Aux Output or Better; Support Audio Compressions G.711alaw/G.711ulaw/G.722.1/G.726/MP2L2/PCM; Support Smart Features (Basic Event; Smart Event; Smart Record; ROI; Auto-Tracking); Support Edge based Analytics: Face Detection, Intrusion Detection, Line Crossing Detection, Region Entrance Detection, Region Exiting Detection, Object Removal Detection, Unattended Baggage Detection; Min. three video stream which can be configured individually; Support: 3D Positioning; PTZ Position Display; Preset Freezing; Network API: ONVIF, ISAPI, CGI and Third-Party Management Platform; Security Measures: User authentication (ID and PW), Host authentication (MAC address); HTTPS encryption; IEEE 802.1x port-based network access control; IP address filtering; Web Browsers: IE 8 to 11, Chrome 31.0 to 44, Firefox 30.0 to 51; Protection Level: IP66 Standard, TVS 4000v lightning protection, surge protection and voltage transient protection; Support Micro SD/SDHC/SDXC memory card slot up to 256 GB (In the event of failure of connectivity to the network storage the camera shall record video locally on the SD card automatically. After the connectivity is restored these recordings shall be automatically pulled by the network storage recorder such that no manual intervention is required to transfer the SD card based recordings to network storage); NAS (NPS, SMB/CIPS), ANR; Alarm actions linkage facility such as Notify Surveillance Center, Upload to FTP, Send Email, Trigger Recording, Recording Linkage, and Alarm Input, etc.;

Certificate: CE, FCC, UL , BIS Approved Make :- Sony/Axis/Bosch/Hikvision/CP Plus or equivalent*t

ITEM NO 5,6,7: Surveillance HDD 6GB/4GB/1GB

Supply of surveillance Hard Disk Drive of 1/2/4/6 TB capacity Video Surveillance Series (Rated for 24/7 operation). 32~64 MB Cache, 3Mb ~ 6Mb per second data transfer rate, Spindle Speed 7200 RPM or more and SATA 6 Gb/s interface for DVR/NVR of standard Approved make :- Seagate/WD ITEM NO 8: 32 Channel NVR with 4 Sata port

Supply, installation and commissioning of IP based 32-Ch IP Video Input with Dual-OS (for system reliability) with min. 80/160Mbps incoming/outgoing bandwidth; Support 8MP Recording resolution with VGA output 1920 × 1080/60Hz, HDMI

Page 13: 31 August NIA CCTV · pogn xnh 6833/< ,167$//$7,21 7(67,1* &200,66,21,1* $0& 2) ,3 %$6(' &&79 6859(,//$1&( 6

output 3840 × 2160)/30Hz; 1 Ch. two way audio with RCA (Linear); Decoding format: H.265/H.265+/H.264+/H.264/MPEG4 or Better; 4 Sata HDD Interface with ANR technology (for storage reliability) for recording & Backup up to 6TB capacity for each HDD with Smart search and playback facility Supports HDD quota and group modes with different capacity for different channels; 2 RJ-45 10M/100M/1000Mbps ethernet interfaces; Network protocols: TCP/IP, DHCP, DNS, DDNS, NTP, SADP, SMTP, NFS, iSCSI, UPnP™, HTTPS; RS-232 and RS-485 serial interface; 2 USB interface (At least 1 Ch. support 3.0); Alarm 16/4 in & out facility; Support VCA alarm & detections; Third-party network cameras supported; Power Consumption: ≤ 20 W (W/o HDD); Certificate: CE, FCC, UL , BIS Approved Make :- Sony/Axis/Bosch/Hikvision/CP Plus or equivalent*

ITEM NO 9: 16 Channel NVR

Supply, installation and commissioning of IP based 16-Ch IP Video Input with Dual-OS (for system reliability) with min. 160/160Mbps incoming/outgoing bandwidth; Support 8MP Recording resolution with VGA output 1920 × 1080/60Hz, HDMI output 3840 × 2160/30Hz; 1 Ch. two way audio with RCA (Linear); Decoding format: H.265/H.265+/H.264+/H.264/MPEG4 or Better; 2 Sata HDD Interface with ANR technology (for storage reliability) for recording & Backup up to 6TB capacity for each HDD with Smart search and playback facility Supports HDD quota and group modes with different capacity for different channels; 1 RJ-45 10M/100M/1000Mbps ethernet interfaces; Network protocols: TCP/IP, DHCP, DNS, DDNS, NTP, SADP, SMTP, NFS, iSCSI, UPnP™, HTTPS; 2 USB interface (At least 1 Ch. support 3.0); Alarm 4/1 in & out facility; Support VCA alarm & detections; Third-party network cameras supported; Power Consumption: ≤ 15 W (W/o HDD); Certificate: CE, FCC, UL , BIS Approved Make :- Sony/Axis/Bosch/Hikvision/CP Plus or equivalent*

ITEM No 10: 08 Channel NVR

Supply, installation and commissioning of IP based 8-Ch IP Video Input with min. 80Mbps incoming/ outgoing bandwidth or Better; 8MP Recording resolution or Better; HDMI and VGA Simultaneous at 1920 × 1080 resolution; 1 Ch. two way audio with RCA (2.0 Vp-p) or Better; Min. 2 Sata HDD Interface with locking and unlocking record files facility up to 6TB capacity for each HDD with Smart search features and Support HDD quota & group modes with facility of different capacity can be assigned to different channel or Better features; 1,RJ-45 10/100/1000 Mbps self-adaptive Ethernet interface Better; Min. 2 USB (2.0) interface or Better; Power supply 12 VDC Power Consumption: ≤ 15 W (W/o HDD);

Certificate: CE, FCC, UL , BIS Approved Make :- Sony/Axis/Bosch/Hikvision/CP Plus or equivalent*

ITEM No 11: 24-ports PoE Switch

Supply, installation and commissioning of 26 Network Port (24 PoE Port; 2 Uplink Port) 24 x 10/100Mbps Auto-MDIX PoE ports; Network Protocol: IEEE802.3,802.3u, 802.3x, 802.3af, 802.3at; Switching Capacity: 8 Gbps or Better, Max. Forwarding Rate: 6Mpps or Better; IEEE802.3af (full duplex), IEEE802.3at PoE Standard; Provides up to min. 28 watts per PoE port OR Better, PoE Power Budget Min. 360W or Better; Extend On: 250m,10M,CAT 5e; Extend Off: 100m; Power Consumption ≤440W; 4KV Surge Protection for PoE ports or better; Min. 2.50 Mbits RAM Data Buffer or Better; Working Temperature 0℃-40℃; Storage Temperature -40℃-70℃, SFP modules (Optional): HK-1.25G-20-1550: 1000M SFP module, TX1550nm/RX1310nm, LC, single-mode single-fiber, 20km; HK-155M-20-1550: 100M SFP module, TX1550nm/RX1310nm, LC, single-mode single-fiber, 20km Approved Make:- Cisco/Juniper/HP/Hikvision/CP Plus /D-Link/NetGear or equivalent*

Page 14: 31 August NIA CCTV · pogn xnh 6833/< ,167$//$7,21 7(67,1* &200,66,21,1* $0& 2) ,3 %$6(' &&79 6859(,//$1&( 6

ITEM No 12: 16-ports PoE Switch

Supply of 18 port Network switch (16 PoE Port; 2 Uplink Port) 16 x 10/100Mbps Auto-MDIX PoE ports; Network Protocol: IEEE802.3; 802.3u, 802.3x, 802.3af, 802.3at; Switching Capacity: 7.2 Gbps, Max. Forwarding Rate: 5.36Mpps; IEEE802.3af (full duplex), IEEE802.3at PoE Standard; PoE Power Budget Min. 230w; Power Consumption ≤250W; 4KV Surge Protection for PoE ports; 2.75 Mbits RAM for Data Buffer; Working Temperature 0℃-40℃; Storage Temperature -40℃-70℃, SFP modules (Optional): HK-1.25G-20-1550: 1000M SFP module, TX1550nm/RX1310nm, LC, single-mode single-fiber, 20km; HK-155M-20-1550: 100M SFP module, TX1550nm/RX1310nm, LC, single-mode single-fiber, 20km Approved Make:- Cisco/Juniper/Hikvision/HP/CP Plus/D-Link/NetGear or equivalent*

ITEM No 13: 08-ports PoE Switch

Supply of 10 port Network switch (08 PoE Port; 2 Uplink Port) 08 x 10/100Mbps base TX-Ethernet ports; Compliant with IEEE 802.3, IEEE 802.3u, IEEE802.3ab, IEEE 802.3af, IEEE802.3at, IEEE; Network Standard 802.3x, IEEE802.3z; Store and forward switching, 5.4 Gbps backplane bandwidth; Max Port Output 30w; Total Output 123w; 4KV Surge Protection; Working Temperature 0℃-40℃; MAC address Automatic learning/Aging; Supports 8-core PoE cable power supply and simultaneous power supply via the 1236 and 4578 line order; Ethernet: 10 Mbps (half-duplex)/20 Mbps (full-duplex); Fast Ethernet: 100 Mbps (half-duplex)/200 Mbps (full-duplex); Gigabit Ethernet: 2000 Mbps (full-duplex); 1000 Base-SX: MMF (Multi-Mode Fiber); 1000 Base-LX: MMF (Multi-Mode Fiber) or SMF (Single Mode Fiber) Approved Make :- Juniper/HP/CISCO/Hikvision/CP Plus/D-Link/NetGear or equivalent*

ITEM NO. 14, 15 & 16 : 2U/4U/6U/9U Racks Standard Specifications applicable Supply of 2U/4U/6U/9U Racks for housing of network equipment with front door and there Min. width 450-550 mm and Depth 380-600mm With 140-350 MM Height or BETTER for housing central equipment of CCTV system with fixing as per site requirement Approved Make- i-Ball/Comrack or Similar

ITEM No. 17 : OFC CABLE

Supply of OFC single mode 6 Fiber Armoured Cable with Conduit

Approved Make:- iBall/DIGISOL/MOLEX/AMP/SYSTEMAX or similar

Page 15: 31 August NIA CCTV · pogn xnh 6833/< ,167$//$7,21 7(67,1* &200,66,21,1* $0& 2) ,3 %$6(' &&79 6859(,//$1&( 6

ITEM NO. 18 : CAT 6 CABLE

Supply of U/UTP CAT6-4Pairs cable-6 PVC Sheath-CM cable ISO/IEC11801, TIA-568-C.2, YD/T1019 with conduit for cable Drawing and Testing of 4 pair, 24 AWG UTP Cat 6 Cable as per latest amendments of TIA /EIA Specifications in existing MS/PVC Conduits including making connections to Information outlets and Patch Panels with ferruling at both ends for identification with necessary tools for punching, stripping, crimping and testing.

U/UTP CAT6-4P-PVC-CM or better; ISO/IEC11801, TIA-568-C.2, YD/T1019 or better; Ambient temperature: 20℃ - 75℃; Conductor Material SOLID-Bare Copper PVC (Complies RoHS), CM with 0.95±0.03mm or better diameter; Electrical Characteristics (20℃) 1.0-250.0MHz Impedance (Ω) 100±15; 1.0-250.0MHz Delay Skew (ns/100m) ≤45; DC Resistance (Ω/100m) max 9.38; Technical Performance for (100m) as below:

Frequency RL ATT(20℃) NEXT PHASE DELAY (MHz) ≥dB ≤dB ≥dB ≤ns 100 20.1 19.8 44.3 537.6 Frequency PSNEXT ELFEXT PSELFEXT 100 42.3 27.8 24.8

Approved Make MOLEX/AMP/SYSTEMAX/HIKVISION/TYCO/CP Plus

ITEM NO. 19: Supply of Power Cable 3 Core, 2.5 Sq. mm, multi strand, copper conductor, PVC insulated, Armoured, with Conduit pipes Approved make POLYCAB/FINOLEX or similar

ITEM NO. 20 to 24 Standard Specifications applicable

ITEM No. 25 : RJ45 Connector Connectors for UTP Cat 6 (RJ45 Connector) cable having 6 Micron gold over contact designed for 24-26 AWG solid cable (UTP 8P8C) with polycarbonate housing Make D-Link/i-Ball or similar

* equivalent brand must have all mentions certificates.

Note:

1. All necessary Software to be supplied along with the Cameras and Network Video Recorder should be Licensed and copy to be provided.

2. System Configuration Detailed Design : Vendor should give full system configuration giving diagram and detailed placement of each components/ sub systems along with technical bid.

3. Operation and service manuals for each type of items supplied to be provided – 1 set of Service manuals will provide complete system details like operation, & maintenance of system with details configuration, relevant lay out, diagram and drawings.

4. Camera Model should be display on onvif site.

5. All Warranty should be on OEM letter Head.

Page 16: 31 August NIA CCTV · pogn xnh 6833/< ,167$//$7,21 7(67,1* &200,66,21,1* $0& 2) ,3 %$6(' &&79 6859(,//$1&( 6

2.5. INSPECTION & ACCEPTANCE:

Acceptance Test will be conducted as follows:

a. The first step will involve successful installation of all sites. The provisional acceptance of these sites will be defined as Partial Acceptance.

b. Final Acceptance Test (FAT): After successful installation of the equipment/Material

in accordance with the requirements as mentioned in Contract, Final Acceptance Test will be conducted. After successful testing, Acceptance Test Certificate will be issued by NIA or any Team constituted by NIA.

c. The date on which Acceptance certificate is issued shall be deemed to be the date of successful commissioning of the Equipment/Material.

d. Any delay (refer to 2.6 Schedule for Completion of Tasks) by the Vendor shall render the Vendor liable to the imposition of appropriate Penalties.

e. All goods and services should have approval of TEC with ISI or other certification, as

applicable, to prove the quality standards applicable in India. f. Vendor shall provide details of Acceptance Test Procedure (ATP) to NIA as per tender

specifications & will demonstrate system specifications as per ATP to NIA. During ATP vendor shall use their own tools, equipment. NIA will not provide any test instrument/tools.

g. Final payment will be made after satisfactory testing, commissioning and acceptance of the complete system.

h. The system will be considered as installed and accepted only after successful uninterrupted operation of the entire system at site for period of minimum 15 days.

2.6.Annual Maintenance Contract:

a. The vendor should enter into a comprehensive AMC for 3 years from the date of expiry of the warranty period of minimum 1 year (from the date of Final Acceptance Test of the surveillance system (1 year warranty and 3 years service)).

b. Annual Maintenance Contract amount will be paid in advance on half yearly basis. c. The system should be up for more than 98% in a Quarter. In case the system

downtime is less than 98% in a quarter, a penalty as admissible and mentioned in Section 6.27 will be imposed.

d. Uptime for a quarter is calculated as under: o 24 Hrs X 90 days (in a quarter) = 2160 Hours

Page 17: 31 August NIA CCTV · pogn xnh 6833/< ,167$//$7,21 7(67,1* &200,66,21,1* $0& 2) ,3 %$6(' &&79 6859(,//$1&( 6

e. The vendor is responsible for maintaining uptime as under:

Network: Switches 99% uptime per Quarter (99% of 2160 Hours)

Camera units:98% uptime per Quarter (98% of 2160 Hours)

f. The cost of the repairing or replacement of faulty part/component/device during AMC

period of 03 year has to be entirely borne by the Vendor. g. All expenses related to part/component/device, including hiring of specialized

technical expertise, in case required, has to be borne by the Vendor during AMC period.

h. The Vendor also has to make alternate arrangement in case of major failure happening in the network, due to which services may be affected for longer period. After repairing or replacement of the part/component/device, the Vendor needs to put the same into operation.

2.7.Schedule for completion of tasks:

The selected vendor would be required to Install, Commission, customize the NVR, test and operationalise the CCTV Network within 8 weeks of the issue of PO as per the following schedule:

S.No. Task Schedule 1. Installation of the Cameras and NVR 6 weeks 2. Testing & acceptance of the system 1 week

3. Operationalise 1 week

Page 18: 31 August NIA CCTV · pogn xnh 6833/< ,167$//$7,21 7(67,1* &200,66,21,1* $0& 2) ,3 %$6(' &&79 6859(,//$1&( 6

3. TERMS AND CONDITIONS

3.1. QUALIFICATION CRITERA

i. The Bidder/OEM may be a Government Organization / PSU / PSE / Partnership firm / Proprietary firm or a Private Limited Company under Indian Laws. Self certified legible copy of supporting document should be attached with technical bid.

ii. The Bidder/OEM should have at least one year experience in similar business. Self certified legible copy of supporting document should be attached with technical bid.

iii. The Bidder / OEM should have average turnover of Rs. 50 Lakh in the last 3 years (2015-16, 2016-17 and 2017-18) in similar business. Chartered Accountant Certified Balance Sheets of these last 3 years should be attached with Technical Bid.

iv. The Bidder / OEM should have implemented at least one similar work during the last 2 years of the value of at least INR 15 lakhs. Self certified legible copy of supporting document should be attached with technical bid.

v. The Bidder / OEM should possess a valid GST number and should attach a self certified copy of the same.

vi. The Bidder/ OWM should attach an affidavit to the effect that the firm or any of its partner, director, Board Member of any firm has not been black listed by any Government / Semi Government Organization/statuary body. If it is found that the Firm has been blacklisted at the later stage then the bid / the contract will stand cancelled with forfeiture of EMD amount / pending dues.

vii. The bidder / OEM should have an established development set up in India.

viii. The bidder should submit an Ink-Signed Authorization letter from OEM / Technology partner

ix. If the Bidder / OEM has a valid ISO 9001:2008 certificate, it should attach a self certified copy of the same.

x. The Bidder should attach self certified copies of the Satisfactory Service Certificate of the previous clients.

3.2. INSTRUCTION TO THE BIDDERS 1. Location For Supply Of Goods And Services And Installation – Locations mentioned in

Table 1 (Zones and CMS). 2. The technical specifications are the minimum requirements of the purchaser. The Bidder is

at liberty to indicate higher specifications than the minimum level. The purchaser reserves the right to place order at the higher specifications offered by the Bidder. Similarly, the support & warranty period is the minimum required. The Tenderer is at liberty to offer a higher support &warranty period and the Purchaser / Indenter reserves the right to avail of the longer support &warranty period offered.

3. The Bidder / OEM can inspect the site during the date and time specified in the tender document. The contact person for such inspection will be Mr. Ravi Tambi and Mr. Praveen Bahatra of IT Department.

4. The Bidder has to prepare and attach Lay Out Drawings of the Zones connecting to the respective CMS centres showing optimum camera location points.

5. A Pre-Bid Conference will be held on the date given the Schedule Table at the beginning

Page 19: 31 August NIA CCTV · pogn xnh 6833/< ,167$//$7,21 7(67,1* &200,66,21,1* $0& 2) ,3 %$6(' &&79 6859(,//$1&( 6

at Committee Room (Ground Floor) of NIA. Intending Bidders are invited to provide suggestions to improve upon this Tender document in the pre-bid conference. NIA intends to take the benefit of the latest advances in the technology. The Purchaser will communicate such changes that are acceptable to all the intending Bidders, who would have attended the pre-bid meeting. Only such approved changes will be uploaded as corrigendum to this Tender Document all intending bidders are advised to scan the NIA website regularly to update them-selves regarding the corrigendum issued. No individual bidder will be informed separately.

6. Cost Of Tender Document - The Cost of Tender is Rs. 1000/-. It can be purchased from the office of National Institute of Ayurveda, Jorawar Singh Gate, Amer Road, JAIPUR - 302002 (RAJASTHAN) INDIA Or it may be down loaded from the website http://nia.nic.in . The cost of Tender i.e. Rs.1000/- (Rupees One Thousand only) can be deposited as a Demand Draft drawn in favour of Director, National Institute of Ayurveda, Jaipur along with the Tender Document. The Demand Draft against Cost of Tender should be kept in Envelop I, failing which the tender will be rejected.

7. Expenses Incurred During Execution Of Tender - It may be noted that NIA will not pay any amount / expenses / charges / fees / traveling expenses / boarding expenses / lodging expenses / conveyance expenses / out of pocket expenses, regardless of the conduct or outcome of the tendering process.

8. Non Transferable Tender - Neither the contract nor any rights granted under the contract may be sold, leased/sublet, assigned, or otherwise transferred, in whole or in part, by the vendor, and any such attempted sale, lease, assignment or otherwise transfer shall be void and of no effect without the advance written consent of the NIA.

9. TWO BID SYSTEM TENDER - The offer shall be in two separate parts, containing Technical and Financial Bids. Three separate sealed envelopes containing the EMD & Cost of Tender, Technical and Financial bids separately should be enclosed together in a large envelope, sealed and superscripted with the Tender Reference Number, Envelop No and (EMD & Cost of Tender /Technical Bid / Commercial Bid) Name and address of the Bidder. Tender Offer without separate envelopes for EMD & Cost of Tender, Technical offer and Commercial offer will be rejected outright.

10. All pages in technical and commercial bid shall be stamped with the official company seal and duly signed by the authorized signatory.

11. The bidders should use the formats prescribed by the NIA for submitting both technical and commercial bids. Bids submitted in any other format will be rejected outright.

12. All three inside envelopes should be separately sealed and stamped. The sealed envelopes must be super-scribed with the following information:

a. Envelop No. I (EMD & Cost of Tender) / II (Technical Bid) / III (Financial

Bid) b. Type of offer (EMD & Cost of Tender or Technical or Financial) c. Tender Reference Number d. Name and address of Bidder e. Date of submission of Tender Offer and Time

13. ENVELOPE-I (EARNEST MONEY DEPOSIT AND COST OF TENDER)

a. This envelope shall contain EMD along with Tender Offer Form (Annexure C)

addressed to Director NIA, Jaipur. An Earnest Money Deposit of Rs. 50,000.00

Page 20: 31 August NIA CCTV · pogn xnh 6833/< ,167$//$7,21 7(67,1* &200,66,21,1* $0& 2) ,3 %$6(' &&79 6859(,//$1&( 6

(Rupees Fifty thousand Only) shall be paid by Demand Draft in favour of ‘Director, NIA Jaipur’, payable at Jaipur. The EMD will not carry any interest.

b. For Bidders will enclose the receipt of the tender document, if it is purchased from NIA office. Bidders who has downloaded Tender Form from NIA’s website, will enclose a separate Demand Draft of Rs.1000/- (Rupees One thousand Only) in favour of Director, NIA, Jaipur towards cost of Tender, along with the tender, failing which Tender will be rejected. The demand draft should mention at the back of Demand Draft following information: Name of the organization bidding the tender and mention the words ‘Cost of Tender’. If the bidder is exempt from paying Tender cost and / or EMD amount then, it must mention the reason for the same in the tender offer form and attaching supporting documents for the same.

c. The EMD made by the bidder will be forfeited if: d. The bidder withdraws his tender before processing of the same. e. The bidder withdraws his tender after processing but before acceptance of “Letter of

appointment” issued by NIA. f. The selected bidder withdraws his tender before furnishing an unconditional and

irrevocable Performance Bank Guarantee. g. The bidder violates any of the provisions of the terms and conditions of this tender

specification. h. The EMD will be refunded to:

i. The successful bidder, only after furnishing an unconditional and irrevocable Performance Bank Guarantee for 10% of the contract value or after submitting an undertaking for not demanding 10% payment till one year after project completion.

ii. The unsuccessful bidders, only after acceptance of the “Letter of Appointment” by the selected bidder.

14. ENVELOPE-II (TECHNICAL OFFER) a. The technical offer shall be submitted in the Format given by NIA in this Tender

Document. (Annexure – D) b. The Technical offer should include all items asked for in Annexure-A. c. The Technical bid should be complete in all respects with all the columns filled in

including “Remarks / Deviations”.

d. The Technical offer should be complete to indicate that all products and services asked for are quoted and should give all required information including technical manuals, technical specifications, data sheet of the quoted products in an organized and neat manner. No documents, brochures, leaflets, etc. should be submitted in loose form.

e. The technical bid should not contain any price information. f. The technical specifications are the minimum requirements of the purchaser. The

Bidder is at liberty to indicate higher specifications than the minimum level. The purchaser reserves the right to place order at the higher specifications offered by the Bidder.

g. Filling up of the Technical Detail Form using terms such as “ok”, “acceptable”, “noted”, “as given in brochure / manual” is not acceptable. The Purchaser may treat offers not adhering to these guidelines as unacceptable.

15. ENVELOP-III (FINANCIAL BID) a. Financial Bid shall be submitted only as per the format given as Annexure.

Page 21: 31 August NIA CCTV · pogn xnh 6833/< ,167$//$7,21 7(67,1* &200,66,21,1* $0& 2) ,3 %$6(' &&79 6859(,//$1&( 6

b. It should give all relevant price information and should not contradict the Technical Offer in any manner.

c. The prices quoted in the financial bid should be without any conditions. d. The bidder should submit an undertaking that there are no deviations to the

specifications mentioned in the tender either with the technical or commercial bids submitted.

e. The price schedule must be filled in completely, without any error, erasures or alterations.

f. Tenderer should quote only all-inclusive Price, inclusive of Supply, Installation, commissioning, Transportation, Forwarding, Insurance, Training, Support & Warranty, taxes and duties.

g. The commercial offer shall be on a fixed price basis, inclusive of all taxes, no price variation should be asked for relating to increase in customs duty, excise tax, Dollar price variation, etc.

h. Price quotation accompanied by vague and conditional expression such as “subject to immediate acceptance”, “subject to confirmation before sales”, etc will be treated as being at variance and shall be liable for rejection.

i. The envelope consisting of Financial Bid shall be marked as “Financial Bid”. j. Prices quoted will be firm for the entire period of Contract. All prices to be quoted

in Indian Rupees, and must clearly state all applicable taxes which must be included in quoted price.

k. It is the responsibility of the Vendor to clearly identify all costs associated with any item or series of items in this Tender document. The Vendor must include and complete all parts of the cost Proposal in a clear and accurate manner. Omissions, errors, misrepresentations, or inadequate details in the Vendor’s cost proposal will be considered as valid ground for rejection of the Vendor’s proposal. Costs that are not clearly identified will be borne by the Vendor.

16. Completeness Of Tender Offer - The Bidder is expected to examine all instructions, forms, terms, conditions, and specifications in the Tender document. Failure to furnish all information required by the Tender document or submission of a tender offer not substantially responsive in every respect to the tender document will be at the Bidder’s risk and may result in rejection of its tender offer.

17. Authorised Signatory - The selected bidder shall indicate the authorized signatories who can discuss and correspond with the NIA, with regard to the obligations under the contract. The selected bidder shall submit at the time of signing the contract, a certified copy of the extract of the resolution of their Board, authenticated by Board Secretary, authorizing an official or officials of the bidder or a Power of Attorney copy, to discuss, sign agreements / contracts with the NIA. The bidder shall furnish proof of signature identification for above purposes as required by the NIA.

18. Only One Submission Permitted - Only one submission of response to tender by each Vendor will be permitted. All submissions, including any Banking documents, will become the property of NIA.

19. Submission Of Tender Offer - Sealed tender offers shall be received by the “Director, NIA, Jaipur” at National Institute of Ayurveda, Jorawar Singh Gate, Amer Road, JAIPUR – 302002, RAJASTHAN, INDIA not later than the time and date specified in the invitation of Tender offer. In the event of the specified date for the submission of tender offers being declared a holiday, the offers will be received up to the appointed time on the next working day. Tender Offer submitted without Cost of Tender / EMD, sent by fax or e-mail will not be considered for evaluation. Tender Offer received late will be rejected and / or returned

Page 22: 31 August NIA CCTV · pogn xnh 6833/< ,167$//$7,21 7(67,1* &200,66,21,1* $0& 2) ,3 %$6(' &&79 6859(,//$1&( 6

unopened to the Tenderer.

20. Opening of Proposals: NIA shall open the technical Bids as per the schedule given at the beginning of the Tender document at the address stated above in the presence of authorized representatives from participating firms, who choose to attend. In case the date fixed for opening of the proposals is subsequently declared as holiday by the Government, the proposals will be opened on the next working day with the time and venue remaining unaltered. The bidder’s representatives present, shall sign a register of attendance and minutes and they should be authorized by their respective companies to do so. A copy of the authorization letter should be brought for verification.

21. Preliminary Scrutiny – a. Prior to the detailed evaluation, the Purchaser will determine the substantial

responsiveness of each offer against the tender document. For purpose to this clause, a substantially responsive bid is one which conforms to all the terms and conditions of the Tender Document without material deviations. The purchaser’s determination of an offer’s responsiveness will be based on the contents of the Tender offer itself without recourses to extrinsic evidence.

b. The Purchaser will scrutinize the offer to determine whether the offer is complete, whether required technical documentation have been furnished, whether the documents have been properly signed, and whether the offer is in order.

c. A tender offer determined as not substantially responsive will be rejected by the purchaser and the commercial bid for such Tenderer will not be opened.

d. The Purchaser may waive any minor infirmity or irregularity in a Tender offer, which does not constitute a material deviation. This shall be binding on all Bidders and the Purchaser reserves the right of such waivers.

22. Clarification Of Offer – To assist in the scrutiny, evaluation and comparison of offer, the

Purchaser may, at its discretion, ask some or all Venders for technical clarification of their offer. The request for such clarification and the response shall be in writing. To speed up the response process, the Purchaser, at its discretion, may ask for any technical clarification to be submitted by means of facsimile / email by the Bidder. In such cases, original copy of the document describing the technical clarification must be sent to the Purchaser by means of courier / in person in addition to the copy sent in facsimile / email.

23. Evaluation: NIA shall evaluate the Technical Proposals on the basis of their responsiveness to the Terms of Reference and by applying the evaluation criteria, specified in the Tender Document. In the first stage of evaluation, a proposal shall be rejected if it is found deficient as per the requirement indicated in the Tender Document for responsiveness of the proposal. Only responsive proposals shall be further taken up for evaluation. Evaluation of technical proposal will start first and at this stage the financial bid (proposal) will remain unopened. The proposals will be evaluated, based on the eligibility criteria and submission of all the requisite information /documents as asked for in this Tender Document.

24. Evaluation shall be made under Combined Quality cum Cost Based System (CQCCBS). Under CQCCBS, the technical proposals will be allotted weightage of 60% and only Bidder’s securing a minimum of 70%marks in technical evaluation shall be considered technically qualified. Financial proposals of only those firms who are technically qualified shall be opened publicly on the date & time specified, in the presence of the Bidder’s representative who choose to attend. The name of the Bidder’s, their technical score and their financial proposal shall be read aloud. Financial proposals will be allotted weightage

Page 23: 31 August NIA CCTV · pogn xnh 6833/< ,167$//$7,21 7(67,1* &200,66,21,1* $0& 2) ,3 %$6(' &&79 6859(,//$1&( 6

of 40%. 25. Proposal with the lowest cost will be given a financial score of 100 and other proposals

given financial score that are inversely proportional to their prices. 26. The total score, both technical and financial, shall be obtained by weighing the quality and

cost scores and adding them up. 27. Highest point’s basis:On the basis of the combined weighted score for quality and cost, the

Bidder’s shall be ranked in terms of the total score obtained. The proposal obtaining the highest total combined score in evaluation of quality and cost will be ranked as H-1 followed by the proposals securing lesser marks as H-2, H-3 etc. In case H-1 bidder withdraws, second highest bidder H-2 will be considered.

28. EVALUATION OF TECHNICAL BIDS - Minimum Eligibility Criteria bids received from the Bidders will be opened on the specified day in the presence of representatives of the bidders, who choose to be present as per the schedule stipulated by NIA. Subsequently a detailed analysis will be carried out by NIA. Based on responses to ‘Minimum Eligibility Criteria’, Bidders will be short listed for further technical evaluation. Proposals which do not meet Minimum Eligibility Criteria, will not be considered for further technical evaluation. The technical bid will be analyzed and evaluated, based on which the Relative Technical Score (RTS) shall be assigned to each bid. Technical Bids receiving a RTS greater than or equal to a score of 70 (cut-off marks) will be eligible for consideration in the subsequent round. The Parameters of the Technical evaluation are broadly in following table.

TECHNICAL EVALUATION PARAMETERS

Marks Distributions:(Maximum 100)

Minimum Marks to obtained for Technical Qualification - 70

Criteria Criteria Points (Max Marks)

The bidder or OEM should have implemented minimum one similar project during the last 3 years of the value 15 Lakh.

a) For 6 or more of these projects with minimum value of 15 Lakhs each in last three years.

b) For 5 or more of these projects with minimum value of 15 Lakhs each in last three years.

c) For 4 of these projects with minimum value of 15 Lakhs each in last three years.

d) For 3 of these projects with minimum value of 15 Lakhs each in last three years.

e) For 2 of these projects with minimum value of 15 Lakhs each in last three years.

f) Less than the above

15

12

9

6

3

Max Marks 15

1. Satisfactory Services Certificate by at least one Client where bidder’s solution is installed and maintained, it may be hosted on internet or on intranet minimum value of 3 Lakhs:

a) Satisfactory Services Certificate by 5 Clients

b) Satisfactory Services Certificate by 4 Clients

15

12

Max Marks 15

Page 24: 31 August NIA CCTV · pogn xnh 6833/< ,167$//$7,21 7(67,1* &200,66,21,1* $0& 2) ,3 %$6(' &&79 6859(,//$1&( 6

c) Satisfactory Services Certificate by 3 Clients

d) Satisfactory Services Certificate by 2 Clients

e) Satisfactory Services Certificate by 1 Clients

f) No Certificate

9

6

3

2. ISO Certification:

a) ISO 9001:2008 certificate;

b) No ISO Certification

5

0

Max Marks 5

3. Track of being in the Business for at least 1 years:

a) Being in the Business for more than 5 years or more

b) Being in the Business for 4 to 5 years

c) Being in the Business for 3 to 4 years

d) Being in the Business for 2 to 3 years

e) Being in the Business for 1 to 2 years

15

12

9

6

3

Max Marks 15

4. Average Turnover of Last 3 years:

a) More than 1.5 Crore

b) More than 1.25 Lakh to 1.5 Crore

c) More than 1 Crore to 1.25 Crore

d) More than 75 Lakh to 1 Crore

e) More than 50 Lakh to 75 Lakh

15

12

9

6

3

Max Marks 15

5. CCTV Surveillance Drawing of each 12 Central Monitoring Station (CMS)

Layout plan of each of the 12 Central monitoring System for optimum CCTV Surveillance.

Max Marks 35

29. Short Listing Of Bidders – NIA will short list technically qualifying Bidders and Financial Bids of Technically Qualified Bidders will be opened.

30. Opening of Financial Bids – The Financial Bids of Technically Qualified Bidders will be opened as per date specified in this Tender document in the presence of their representatives, who wishes to be present. After opening of the commercial offers of the short-listed Bidders, if there is a discrepancy between words and figures, the amount indicated in words will prevail.

31. COMPOSITE EVALUATION CRITERIA a. The technical and financial scores secured by each bidder will be added using

weightage of < 60% > and < 40% > respectively to compute a Composite Bid Score.

b. The bidder securing the highest Composite Bid Score (H1) will be adjudicated as the

Page 25: 31 August NIA CCTV · pogn xnh 6833/< ,167$//$7,21 7(67,1* &200,66,21,1* $0& 2) ,3 %$6(' &&79 6859(,//$1&( 6

most responsive Bidder for award of the Project. The overall score will be calculated as follows:-

Bn=0.60*Tn+0.40*Fn Where : Bn = overall score of bidder, Tn = Technical score of the bidder

(out of maximum of 100 marks), Fn = Normalized financial score of the bidder

c. The bidder with lowest qualifying financial bid (L1) will be awarded 100% financial score. Financial Scores for bidders other than L1 will be evaluated using the following formula:

Normalized Financial Score of a Bidder: Fn = (Financial Bid of L1/ Financial Bid of the Bidder) X 100 (Adjusted to two decimal places)

d. In the event of the composite bid scores are in tie, the bidder securing the highest technical score will be adjudicated as the Best Value Bidder for award of the Project.

Page 26: 31 August NIA CCTV · pogn xnh 6833/< ,167$//$7,21 7(67,1* &200,66,21,1* $0& 2) ,3 %$6(' &&79 6859(,//$1&( 6

32. Award Criteria - Contract will be awarded to the Vendor, whose combined score of Technical and commercial evaluation is highest.

33. Offer Validity Period - Offers against Tender should remain valid for 180 days from the date of Tender opening.

34. Right To Alter Items -The Purchaser reserves the right to alter the description and functionalities from the schedule of requirements specified in the tender. The purchaser reserves the right to vary specifications.

35. No Commitment To Accept Lowest Or Any Tender Offer – a. NIA shall be under no obligation to accept the best or any other offer, including

those received late or incomplete offers, without assigning any reason whatsoever. b. NIA reserves the right to make any changes in the terms and conditions of the

tender. c. NIA will not be obliged to meet and have discussions with any bidder, and or to

listen to any representations. 36. Corrupt And Fraudulent Practices - The Purchaser will reject a proposal for award if it

determines that Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question.

Page 27: 31 August NIA CCTV · pogn xnh 6833/< ,167$//$7,21 7(67,1* &200,66,21,1* $0& 2) ,3 %$6(' &&79 6859(,//$1&( 6

4. GENERAL TERMS AND CONDITIONS 4.1. Duration to carry out the work order – 6 weeks from the date of order. 4.2. Governing Laws – All Rules and Laws of Govt. of India as applicable. 4.3. Performance Security Deposit -

a. The successful Supplier/ Bidder shall, within fifteen (15) days of the notification of Contract award, provide a Performance Security deposit for an amount of 10% of the value of the awarded contract.

b. The proceeds of the Performance Security deposit shall be payable to the Purchaser as compensation for any loss (including loss of opportunity, time or cost) resulting from the Supplier’s/ Bidder’s failure to comply with its obligations under the Contract.

c. Form of Performance Security deposit: Security Deposit in the form of cash will not be accepted. Performance Security may be furnished in the form of a Demand Draft, Fixed Deposit Receipt from a Commercial bank, Bank Guarantee from a Commercial bank in favour of NIA, payable at Jaipur, Bank Guarantee/FDR should be valid for a period of warranty.

d. Refund of Performance Security Deposit: The Performance Security deposit shall be refunded after two months of the expiry of warranty period.

e. Forfeiture of Performance Security deposit: Performance Security deposit shall be forfeited/invoked in the following cases: - i. When any terms and condition of the contract is breached by the vendor/service

provider. ii. When the Supplier/ Bidder fails to commence supply or stops making the supplies

or fail to provide deliverables after partially executing the purchase/ work order. iii. When the supplied/application software installed does not perform to the

purchaser’s expectation and the supplier does not or is not able to set right the software or in case of services, the supplier/contractor fails to fulfill its obligation under the contract.

f. No interest will be paid by NIA on the amount of earnest money and performance security deposit.

g. Proper notice will be given to the Supplier/ Bidder with reasonable time before earnest money/ performance security deposit is forfeited.

h. Forfeiture of earnest money / performance security deposit shall be without prejudice to any other right of NIA to claim any damages as admissible under the law as well as to take such action against the Supplier/ Bidder such as severing future business relation or black listing, etc, as may be deemed fit.

4.4 Confidentiality: The Purchaser and the Supplier/ Bidder shall keep confidential and shall not, without the written consent of the other party hereto, divulge to any third party any documents, data, or other information furnished directly or indirectly by the other party hereto in connection with the Contract, whether such information has been furnished prior to, during or following completion or termination of the Contract. 4.5 Sub-contracting - Unless otherwise specified in the Contract, the bidder shall not assign or sub- let his contract or any substantial part thereof to any other agency without the permission of Purchasing Authority. If permitted, the bidder shall notify the Purchaser in writing of all subcontracts awarded under the Contract if not already specified in the Bid. Subcontracting shall in

Page 28: 31 August NIA CCTV · pogn xnh 6833/< ,167$//$7,21 7(67,1* &200,66,21,1* $0& 2) ,3 %$6(' &&79 6859(,//$1&( 6

no event relieve the Supplier from any of its obligations, duties, responsibilities, or liability under the Contract. Subcontracts shall comply with the provisions of bidding document and/ or contract. 4.6. Specifications and Standards -

i. All articles supplied shall strictly conform to the specifications, trademark laid down in the tender form and wherever articles have been required according to ISI/ ISO/ other applicable specifications/ certifications/ standards, those articles should conform strictly to those specifications/ certifications/ standards. The supply shall be of best quality and description. The decision of the competent authority/ purchase committee whether the articles supplied conforms to the specifications shall be final and binding

ii. Technical Specifications - The bidder should submit confirming the following:

a) Authorization letter from OEM / Technology partner

b) Technology partner letter confirming ‘Products quoted are not end of-life for the further period of at-least 6 years’.

c) Support including spares, Software upgrades shall be made available for

at-least next 6 years 4.7. Commissioning and Operational Acceptance

a. Commissioning of the Project shall be commenced by the Bidder immediately after intimation of acceptance is issued by NIA.

b. The Bidder shall supply the operating and technical personnel and all materials

required to carry out its obligations with respect to Commissioning of project. c. The Operational Acceptance Tests shall be the primary responsibility of NIA, but

shall be conducted with the full cooperation of the Bidder. During Commissioning of the CCTV Surveillance Network to ascertain whether they conform to the requirements and meets the standard of performance quoted in the Bidder’s bid, including, but not restricted to, the functional and technical performance requirements.

d. If, for reason attributable to NIA, the Operational Acceptance Test of the installed

system cannot be successfully completed within the period specified, from the date of Installation or any other period agreed upon in writing by the Client and the Bidder, the Bidder shall not be held responsible for that.

e. If the supplied systems fails to pass the Operational Acceptance Test(s) then NIA

may consider terminating the Contract to the risk and cost of Bidder. 4.8. Completion Time Guarantee

The Bidder and the company who owns the patent of the technology being offered shall guarantee that it shall complete the Commissioning of project within the time periods specified in the Implementation Schedule and/or Agreed and Finalized Project Plan or within such extended time to which the Bidder shall be entitled to.

Page 29: 31 August NIA CCTV · pogn xnh 6833/< ,167$//$7,21 7(67,1* &200,66,21,1* $0& 2) ,3 %$6(' &&79 6859(,//$1&( 6

4.9. Defect Liability The Bidder and the company who owns the patent of the technology being offered shall give a warrant that all Services/Products to be delivered under this contract:

i. shall be free from defects in the design and workmanship; ii. complies with or exceeds the Technical Specifications iii. Commercial warranty provisions of products supplied under the Contract shall

apply to the extent that they do not conflict with the provisions of this Contract. iv. In addition, the Bidder and the company who owns the patent of the technology

being offered shall warrant that: The Warranty Period shall commence from the date of Operational Acceptance of the Surveillance system.

v. If during the Warranty Period any defect is found in the design, documentation, and workmanship of the Product/Services provided by the Bidder , the Bidder and the company who owns the patent of the technology being offered shall promptly, in consultation and agreement with the Client regarding appropriate remedying of the defects, and at its sole cost, repair, replace, or otherwise make good (as the Bidder shall, at its discretion, determine) such defect as well as any damage to the Products and/or Services caused by such defect.

4.10. Warranty

All goods/materials (including Cabling)/Labour work shall be supplied/carried out strictly in accordance with the specifications, drawings, datasheets, other attachments and conditions stated in the Bid/Order/LOI. All materials supplied by the Vendor shall be guaranteed to be of the best quality of their respective kinds and shall be free from faulty design, workmanship and materials.The Vendor shall be responsible for the warranty support and also for the post warranty support and as required by the NIA.

a) In case of failure, the Vendor needs to replace or repair the faulty part/component/device to restore the services at the earliest during the warranty period of 3 years from the date of acceptance of entire system with all subcomponents used in the project.

b) It is vendor’s responsibility to keep the system in good working condition with minimum down time. Down Time should not be more than 30 minutes per camera per day at an average throughout the warranty. The system should be up for more than 98% in a Quarter.

c) Uptime for a quarter is calculated as under: a) 24 Hrs X 90 days (in a quarter) = 2160 Hours

d. The vendor is responsible for maintaining uptime as under:

a. Network: Switches 99% uptime per Quarter (99% of 2160 Hours)

b. Camera units:98% uptime per Quarter (98% of 2160 Hours)

e. In case of equipment failure, the Vendor needs to replace or repair the faulty part/component/device to restore the services within 24 Hours during the warranty period of 3 years from the date of acceptance of entire system with all subcomponents used in the project

Page 30: 31 August NIA CCTV · pogn xnh 6833/< ,167$//$7,21 7(67,1* &200,66,21,1* $0& 2) ,3 %$6(' &&79 6859(,//$1&( 6

f. Local office: Vendor/Contractor shall have Jaipur based local office with a full- fledged support facility. Vendor to give the list of the support staff and their capabilities along with technical bid.

g. The cost of the repairing or replacement of faulty part/component/device has to be entirely born by the Vendor.

h. In the event of default originating with the design, material arising at any time during the warranty period, the Vendor shall replace as may be necessary toensure the material should function in accordance with the specification and to fulfil the foregoing Warranty without any delay.

i. The Vendor shall warrant that every work executed under the contract shall be free from all defects and faults in material, workmanship etc during warranty period.

j. In the event, the materials supplied do not meet the specifications and/or are not in accordance with the drawings data in terms of this order, and rectification is required at site, NIA shall notify the Vendor giving full details of difference. The Vendor shall attend the site on Next Business Day (NBD) of receipt of such notice to meet and agree with representatives of NIA, the action required to correct the deficiency. Should the Vendor fail to attend meeting at site within the time specified above, NIA shall be at liberty to rectify the work/materials and Vendor shall reimburse NIA all costs and expenses incurred in connection with such trouble or defect with appropriate penalty.

k. All expenses related to part/component/device, including hiring of specialized technical expertise, in case required, has to be borne by the Vendor during warranty period.

l. The Vendor also has to make alternate arrangement in case of major failure happening in the network, due to which services may be affected for longer period.

m. After repairing or replacement of the part/component/device, the Vendor needs to put the same into operation.

4.11. Penalty In case of extension in the delivery and/ or installation/ completion period is granted with full liquidated damages, the recovery shall be made on the basis of following percentages of value of products and/ or service which the bidder has failed to supply or complete : -

S.No. Condition LD % a. Delay up to 7 days of the prescribed period of delivery,

successful installation and completion of work 2.5

b. Delay between 8-14 days of the prescribed period of delivery, successful installation and completion of work

5.0

c. Delay between 15-21 days of the prescribed period of delivery, successful installation and completion of work

7.5

d. Delay between 22-30 days of the prescribed period of delivery, successful installation and completion of work

10.0

e. Delay more than 30 days Termination of Contract

Page 31: 31 August NIA CCTV · pogn xnh 6833/< ,167$//$7,21 7(67,1* &200,66,21,1* $0& 2) ,3 %$6(' &&79 6859(,//$1&( 6

LD% - Liquidated Damage Charges in terms of percentage of the value of Contract.

Any complaint to be addressed in the Next Business Day (NBD) and problems to be rectified within 24 Hours of reporting. In case the reported problem is not identified and rectified, a penalty of 0.1% of the Project Cost for per day of Delay subject to a Maximum of 10% of the project cost. In case the %age of Penalty levied is more than 10% of the Total Project cost, then the following action will be initiated: Termination of Contract. 4.12. Disputes and Arbitration

The Jaipur courts shall have jurisdiction for any disputes and the venue for arbitration shall be Jaipur. The Director, NIA reserves the right to cancel all/some, completely/partially any bid.

Page 32: 31 August NIA CCTV · pogn xnh 6833/< ,167$//$7,21 7(67,1* &200,66,21,1* $0& 2) ,3 %$6(' &&79 6859(,//$1&( 6

PROFORMA OF TECHNICAL BID - (COVER – A)

(To be placed in a Separate Sealed Cover)

1. Name of Tendering Company/Firm/Agency

2. Name of Owner/Partners/Directors

3. Full Particulars of the Head Office

(a) Address

(b) Telephone No.

(c) Fax No.

(d) E-mail address

4. Full Particulars of the Local Office

(a) Name of Authorized Officer

(b) Address

(c) Telephone No.

(d) Fax No.

(e) E-mail address

4. Full Particulars of the Bankers of the Company/Firm/Agency, with full Address/Tel. No.

(a) Name of the Bank

(b) Address of the Bank

(c) Telephone No.

(d) Fax No.

(e) E-mail address

5. Registration Details:

(a) Copy of Firm/Agency’s Registration No.

(b) PAN/GIR NO.

(c) GST Registration No.

(d) Addhar No. of Owner/Partners/Directors

Page 33: 31 August NIA CCTV · pogn xnh 6833/< ,167$//$7,21 7(67,1* &200,66,21,1* $0& 2) ,3 %$6(' &&79 6859(,//$1&( 6

6. Details of Earnest Money Deposit

(a) Amounts (Rs.)

(b) DD/PO No. and Date

(c) Drawn on Bank

(d) Valid upto

7. Details of Tender Fee

(a) Amount

(b) DD/PO No.

(c) Drawn on Bank

(d) Valid upto

8. Annual Turnover of the Company/Firm/Agency for the last 3 years (With Proof duly certified by

Chartered Accountant/Auditor) Last 03 Years balance sheet and copies of Income tax returns for

3 Years as stated in Terms & Conditions.

2015-2016

2016-2017

2017-2018

9. Copy of Authorization letter

10. Experience in the field for the minimum 1 Years Similar running Contracts with Central Government Departments/Public Sector Undertakings/Autonomous Bodies/State Government Departments.

11. ISO Certificate ( certificate also be attached)

Signature of the Owner/Managing Partner/ Director of the Firm

Date: Name: Place: Address/Tel. No.

Firm’s Seal:

Page 34: 31 August NIA CCTV · pogn xnh 6833/< ,167$//$7,21 7(67,1* &200,66,21,1* $0& 2) ,3 %$6(' &&79 6859(,//$1&( 6

CERTIFICATE

(To be submitted with the Technical Bid)

The Annual Turnover of M/s. ___________________________ for the last 3 years are given below and it is certified that the Statement is true and correct: Sl.No. Year Turnover Rs. In lacks

1. 2015-2016

2. 2016-2017

3. 2017-2018

Total Rs_________ lacks

Average Turnover Per Annum: Rs.________________________ Lakhs.

Signature of Chartered Accountant/Auditor

With Seal

Page 35: 31 August NIA CCTV · pogn xnh 6833/< ,167$//$7,21 7(67,1* &200,66,21,1* $0& 2) ,3 %$6(' &&79 6859(,//$1&( 6

Check List

Page No. Y/N Remarks 1 Name of Firm/Agency/Company (Attach certificates of registration

with a brief profile of the Firm)

2 Addhar No. Proprietor/Director of Firm/Agency/Company 3 Full address of Registered Office with Telephone No., FAX and E-

Mail

4 Full address of Local Branch Office with Telephone no., FAX and E-Mail

5 Banker of Firm/Agency/Company with full address Telephone No., FAX and E-Mail.

6 PAN/GIR No. 7 GST Registration No. ( certificate also be attached) Certification/Accreditation/Affiliation(attach proof) Quality Certification(attach proof) 8 Firm/Agency/Company Registration Number 9 Annual Report and Audited Balance sheet & Profit Loss Account for

the last three financial years to be attached.

10 Affidavit stating that the Firm/Agency/Company is / has not been black listed by C e n t r a l Government Departments/State Government/Statutory bodies/ Autonomous bodies/PSUs /Private Sector at any point of time.

11 Minimum one Satisfactory performance certificate of PSUs / Private Sector during the last three years

12 List of similar project minimum one similar project during the last 3 years of the value 15 Lakh.

13 Acceptance of Terms and Conditions 14 Demand Draft/ Pay order for Tender document fee (non-

refundable) of Rs.1000/- (Rs. One Thousand only) attached (Name of bank, DD/Cash receipt (in case tender download from web site) Date and amount)

15 Demand Draft/ Pay Order for EMD of 50,000 /- attached (Name of bank, DD/Pay Order No. Date and amount.

16 ISO Certificate ( certificate also be attached) 17 Give full system configuration with diagram and detailed

placement of each components/ sub systems. The bidder should do a complete site survey and submit a site survey feasibility report.

Signature of the Owner/Managing Partner/

Director of the Firm Date: Name: Place: Address/Tel. No.

Firm’s Seal:

Page 36: 31 August NIA CCTV · pogn xnh 6833/< ,167$//$7,21 7(67,1* &200,66,21,1* $0& 2) ,3 %$6(' &&79 6859(,//$1&( 6

Letter of Undertaking

(ON THE LETTER HEAD OF THE APPLICANT)

To

The Director

National Institute of Aurveda(NIA),

Madhav Vilas Palace, Jorawar Singh Gate, Amer Road,

JAIPUR - 302002 (RAJASTHAN) INDIA

Subject: Tender Document for IP Based CCTV Camera Surveillance System

Dear Sir,

This bears reference to NIA . We, hereby, accept all the terms and conditions for submitting Bid as mentioned in this tender document.

We hereby certify that no terms and conditions have been stipulated by us in the submitted Bid. We warrant that services provided by us do not violate or infringe upon any patent, copyright, trade secret or other property right of any other person or other entity. We agree that we shall prevent NIA from any claim or demand, action or proceeding, directly or indirectly resulting from or arising out of the contract on this account.

The above document is executed on / /2018 at (place) and we accept that if anything out of the information provided by us is found wrong our work order shall be liable for rejection.

Yours faithfully,

Signature:

Name:

Designation:

Place:

Date:

Page 37: 31 August NIA CCTV · pogn xnh 6833/< ,167$//$7,21 7(67,1* &200,66,21,1* $0& 2) ,3 %$6(' &&79 6859(,//$1&( 6

Annexure III–Financial Bid

Name of the Bidder:

Address for Correspondence:

Installation, Commissioning and Operationalization of IP Based CCTV Camera Surveillance Network

NATIONAL INSTUITE OF AYURVEDA Sr. No.

Item Item Description Unit (1)

Qty. (2)

Unit Price(INR) (3)=(1*2)

Price Taxes in %

Tax Amount (Unit Price * Tax in %) (4)

Total Amount (5)=(3+4)

(A) Camera

1 IP Dome IR Camera

2MP IR Dome Camera as per attached specification

Nos. ₹ - ₹ -

₹ - ₹ -

2 2MP IP IR Bullet With EXIR

2MP IR Bullet Camera as per attached specification

Nos. ₹ - ₹ -

₹ - ₹ -

3 IP Bullet EXIR Camera

2MP IR Dome Camera as per attached specification

Nos. ₹ - ₹ -

₹ - ₹ -

4 PTZ Camera 2MP IR Dome Camera as per attached specification

Nos. ₹ - ₹ -

₹ - ₹ -

5 HDD (Surveillance) 6 TB Nos. ₹ - ₹ -

₹ - ₹ -

6 HDD (Surveillance) 4 TB Nos. ₹ - ₹ -

₹ - ₹ -

Page 38: 31 August NIA CCTV · pogn xnh 6833/< ,167$//$7,21 7(67,1* &200,66,21,1* $0& 2) ,3 %$6(' &&79 6859(,//$1&( 6

7 HDD (Surveillance) 1 TB Nos. ₹ - ₹ -

₹ - ₹ -

8 Network Video Recorder

Min. 32 Channel Network Video Recorder as per attached specification

Nos. ₹ - ₹ -

₹ - ₹ -

9 Network Video Recorder

Min. 16 Channel Network Video Recorder as per attached specification

Nos. ₹ - ₹ -

₹ - ₹ -

10 Network Video Recorder

Min. 8 Channel Network Video Recorder as per attached specification

Nos. ₹ - ₹ -

₹ - ₹ -

11 4U RACK 4U RACK Nos. ₹ - ₹ -

₹ - ₹ -

12 6U RACK 6U RACK Nos. ₹ - ₹ -

₹ - ₹ -

13 9U RACK 9U RACK Nos. ₹ - ₹ -

₹ - ₹ -

Total Price (A)

(B)Networking & Cabling. 14 Switch 24 Channel N/w Switch

10/100/1000 Nos. ₹ - ₹

- ₹ - ₹ -

15 Switch 16 Channel N/w Switch 10/100/1000

Nos. ₹ - ₹ -

₹ - ₹ -

16 Switch 8 Channel N/w Switch 10/100/1000

Nos. ₹ - ₹ -

₹ - ₹ -

17 4 Core OFC Cable Mtr.. ₹ - ₹ -

₹ - ₹ -

18 Cat6 Mtr. ₹ - ₹ -

₹ - ₹ -

19 3 core 2.5 Sq MM Power Cable Multi Stand copper Shielded

Mtr. ₹ - ₹ -

₹ - ₹ -

20 Splicing Nos. ₹ - ₹ -

₹ - ₹ -

21 Fiber Box Nos. ₹ - ₹ -

₹ - ₹ -

22 Installation Pole mounted box with 5Amp MCP and

Mtr. ₹ - ₹ -

₹ - ₹ -

Page 39: 31 August NIA CCTV · pogn xnh 6833/< ,167$//$7,21 7(67,1* &200,66,21,1* $0& 2) ,3 %$6(' &&79 6859(,//$1&( 6

5AMp socket

23 HDMI Cable 5 MTR Nos.

24 Media Convertor Nos.

25 Connector RJ-45 Nos.

26 Supply, fixing and wiring of indoor and outdoor cable using all work pertaining to Horizontal Directional Drilling and cabling. It includes supply, connecting cables Patch code, Patch Panels/IO Box/splicing of fiber Inspite to above mentioned qty. if required and power distribution panel for extending 230V AC to various components of CCTV for installation or similar based on site requirement to functional all CCTV equipment cost are for 258 nos. hardware equipment’s

Nos.

Total of B ₹ 0.00

Page 40: 31 August NIA CCTV · pogn xnh 6833/< ,167$//$7,21 7(67,1* &200,66,21,1* $0& 2) ,3 %$6(' &&79 6859(,//$1&( 6

Sr. No.

Item Item Description Per Year AMC Charges (in Rs.)

(C ) AMC Charges

1 CCTV SURVEILLANCE SYSTEM with Equipment

Total of (C )

Total of A + B + C = Rs.

Note:

1 The Lowest Bidder will be Evaluated based on the Total of A + B + C 2 The Bidder is advised to quote rate in absolute Indian Rupees. 3 The rate quoted will be valid for period of contract from the date of opening of technical bid. 4 No condition will be entertained and conditional Bid will be liable to be rejected. 5 All details should be clearly mentioned without any cut / marks and should be legible preferably

in bold black ink. 6 The bidder should quote for all the items mentioned in the table above. In case of non-bidding in

any of the item(s), the bid will be rejected.

7 NIA may place order for all or some of the items and its decision will be final.

8 All amount inclusive GST, all duty and taxes.

9 No overwriting or cutting is permitted in the Financial Bid.

10 Firm/Agency/Company should paste cello tape on financial bid Rate.

Signature and Seal of Bidder

Name:

Page 41: 31 August NIA CCTV · pogn xnh 6833/< ,167$//$7,21 7(67,1* &200,66,21,1* $0& 2) ,3 %$6(' &&79 6859(,//$1&( 6

Annexure VI -Representative Authorization Letter

Date : Ref : To

The Director

National Institute of Aurveda(NIA),

Madhav Vilas Palace, Jorawar Singh Gate, Amer Road,

JAIPUR - 302002 (RAJASTHAN) INDIA

Dear Sir,

Ms. /Mr. is hereby authorised to sign relevant documents on behalf of our organisation for the TENDER DOCUMENT for IP Based CCTV Camera Surveillance Network. She/he is also authorised to attend meetings & submit technical & financial information as may be required by you in the course of processing above said TENDER DOCUMENT.

Thanking you,

Authorised Signatory

Representative Signature

Company Seal

Page 42: 31 August NIA CCTV · pogn xnh 6833/< ,167$//$7,21 7(67,1* &200,66,21,1* $0& 2) ,3 %$6(' &&79 6859(,//$1&( 6

PROFORMA OF FINANCIAL BID - (COVER – B)

(To be placed in a Separate Sealed Cover) 1. Name and Address of Tendering Company/Firm/Agency :

2. Financial Bid

To be considered while evaluating the Financial Bid

Total Amount

----------------------------

(in Figure)

------------------------------- (in Words)

Note:

1. In case two or more agencies are found to have quoted the same rates, Director, NIA shall decided about the Agency to which the offer shall be granted based on the report of Maximum experience (in Years) of the firm in Central Government Hospital/Central Autonomous Institution of National importance. Or on the basis of Maximum Turnover. Director in such circumstances may call upon the report about performance where the firm have already worked or still working.

2. All amount inclusive GST, all duty and taxes. 3. No overwriting or cutting is permitted in the Financial Bid. 4. Firm/Agency/Company should paste cello tape on financial bid Rate.

Signature of the Owner/Managing Partner/ Director of the Firm

Date: Name: Place: Address/Tel. No.

Firm’s Seal:

Page 43: 31 August NIA CCTV · pogn xnh 6833/< ,167$//$7,21 7(67,1* &200,66,21,1* $0& 2) ,3 %$6(' &&79 6859(,//$1&( 6

D E C L A R A T I O N

1. I,______________Son/Daughter of Shri _____________________ Proprietor/Partner/Director/Authorized

Signatory of __________________ am competent to sign this Declaration and execute this Tender Document.

2. I have carefully read and understood all the Terms and Conditions of the Tender and I hereby

convey my acceptance of the same.

3. The Information/Documents furnished along with the above Application are true and authentic to the best of my knowledge and belief. I/We, am/are well aware of the fact that furnishing of any vague/false information/fabricated document would lead to rejection of my/our Tender at any stage besides liabilities towards prosecution under appropriate Law.

Signature of the Owner/Managing Partner/ Director of the Firm

Date: Name: Place: Address/Tel. No.

Firm’s Seal: The above Declaration, duly signed and sealed by the authorized signatory of the Agency in token of their acceptance, should be enclosed with Technical bid.